Dienstleistungen - 165665-2016

14/05/2016    S93

Belgium-Brussels: Framework contract for services to move towards good environmental status of the European marine waters by implementing the Marine Strategy Framework Directive

2016/S 093-165665

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for the Environment, SRD.2 — Finance
Postal address: BU-9 01/005
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
E-mail: env-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/environment/funding/calls_en.htm
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1530
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Framework contract for services to move towards good environmental status of the European marine waters by implementing the Marine Strategy Framework Directive.

Reference number: ENV.C.2/FRA/2016/0017.
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

The overall objective of this framework contract is to provide services for the Marine Unit in DG Environment in relation with Directive 2008/56/EC of the European Parliament and of the Council of 17.6.2008 establishing a framework for community action in the field of marine environmental policy (Marine Strategy Framework Directive) (MSFD) in order to achieve or maintain ‘Good environmental status’ (GES). Furthermore, it will support the coherence of the implementation of the MSFD within and amongst marine regions and ensure consistency with the legal obligation under EU legislation and international agreements. This process should be implemented in an interactive way, through technical meetings and workshops, consultation with the Member States, the regional sea conventions and the involvement of stakeholders and of the scientific community.

II.1.5)Estimated total value
Value excluding VAT: 20 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

‘Extra muros’.

II.2.4)Description of the procurement:

Framework contract. The aggregated maximum biannual amount for which specific contracts can be awarded will not exceed 10 000 000 EUR (i.e. 5 000 000 EUR per year and 20 000 000 EUR for the total maximum duration of the framework contract). The indicative price of the specific contracts is envisaged to range between 50 000 EUR and 250 000 EUR, however, it is not excluded that specific contracts may be issued outside of this range and the typical duration of the average project may vary between 10 and 18 months.

The deliverables will be different in nature from request to request. As examples, the deliverables could be guidance documents, technical reports on issues related to the implementation of the MSFD and other specific areas, or support for the organisation of a conference.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 20 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The framework contract will run for a period of 24 months and shall be renewed automatically once (maximum total 48 months) on identical terms provided that the contractor's work is satisfactory in all respects and depending on budget availability.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Please refer to tender documents. (See points 1.1 and 1.7 of tender specifications.)

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2016/S 043-070158
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 28/06/2016
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/07/2016
Local time: 14:30
Place:

avenue de Beaulieu 5, Room D, 1160 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

A maximum of 2 representatives per tender may attend the opening (no expenses paid). For organisational and security reasons, the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to: env-tenders@ec.europa.eu

Failing that, the contracting authority reserves the right to refuse access to its premises.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

In line with Article 134.1(e) and (f) of the rules of application to Regulation (EU, Euratom) 2015/1929 of the European Parliament and of the Council of 28.10.2015 (Financial Regulation), during the 3 years following conclusion of the original contract, the contracting authority will be able to use the negotiated procedure for additional services (without prior publication of a contract notice) for new services or works consisting in the repetition of similar services or works entrusted to the economic operator to which the same contracting authority awarded an original contract, provided that these services or works are in conformity with a basic project for which the original contract was awarded after publication of a contract notice, subject to the conditions set out in paragraph 4 of Article 134.

Tender documents will be available for download at the address indicated under heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.

Please note that the 2 framework contracts in PIN 2016/S 043-070158 of 2.3.2016 entitled ‘Framework contract for services related to coordination between the different marine regions in implementing the ecosystem approach’ for 8 000 000 EUR and ‘Framework contract for services supporting the attainment of good environmental status of marine waters under the Marine Strategy Framework Directive’ for 12 000 000 EUR have been combined.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1.

If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal.

Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.

VI.5)Date of dispatch of this notice:
04/05/2016